DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO SOLICIT OR AWARD A TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS SOURCES SOUGHT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESS FIRMS CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.
Sources Sought Synopsis: Maintenance, Repair, Overhaul & Logistic Support (MROL) Services Sources Sought
1.0 Introduction
This Request for Sources Sought is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2 and is published only to obtain information for use by Commander Fleet Readiness Centers (COMFRC), Fleet Readiness Center, Aviation Support Equipment (FRCASE), Patuxent River/ Solomon's Island, Maryland.
This Sources Sought does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote or an indication that the Government will contract for the items provided by responder. The Government will not reimburse responders for any costs associated with the preparation or submission of the information requested. Response to this notice-is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. The Government will disregard any requests for a solicitation package.
The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information requested. The Government will not return submittals to the responders. The Government may request that responders provide additional information/details based on their initial submittals.
2.0 Objective
The work includes modernization, conversion, in-service repair, disassembly, and all other categories of MROL as stated in the Performance Work Statement (PWS). The Contractor shall provide SE Depot level (D-level) and Intermediate (I-Level) scheduled (preventative) and unscheduled (restorative) maintenance; which includes the servicing, functional / operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; making structural repairs, fabrication of parts; incorporation of modifications, support configuration, reclamation, and conversions; perform corrosion control to include paint and final finish of SE. This work supports multiple FRCASE sites.
The Contractor shall protect end items and component parts of SE to ensure against damage. Disassembled end items delayed during processing shall be adequately maintained and protected to prevent damage and corrosion. Also, the Contractor shall repair and return all items to its custodians in a serviceable condition within the planned workload standard hours and turnaround time in days. The contractor shall maintain all workload standards. This must be updated throughout the year as engineered standards or analysis of historical performance determine that a change to the workload standard is necessary.
The Contractor shall provide SE Rework Program related services that support supply and provisioning processes for the MROL. These services consist of applying analytical and technical disciplines required to ensure that FRCASE’s rework capabilities are materially sustained. The principal objective of this functional area is to ensure that the materials and services required for the maintenance of warfighter support equipment systems is available when required, and that materials are properly stored and transported, and that inventories are managed in a cost effective manner to sustain contractor maintenance of equipment inducted for rework at each of the FRCASE sites. These services are primarily supported by resources located at FRCASE aboard the Navy Recreation Center Solomons, MD.
3.0 Eligibility
Product Service Code (PSC) for this requirement is J017 – Maintenance, Repair, and Rebuilding of Equipment-Aircraft Launching, Landing, and Ground Handling Equipment
North American Industry Classification System (NAICS) Code is 488190 – Other Support Activities for Air Transportation of 35,000,000.
4.0 Submission Information
ALL 8(a) BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE THE AVAILABILITY OF 8(a) SMALL BUSINESS SET-ASIDES AND THEIR CAPABILITIES. ONLY 8(a) SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED. THIS MARKET RESEARCH IS BEING USED TO IDENTIFY POTENTIAL AND ELIGIBLE FIRMS PRIOR TO DETERMINING THE ISSUANCE OF A SOLICITATION.
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
Any resultant solicitation(s) will be released on Solicitation Module on the Procurement Integrated Enterprise Environment (PIEE) at https;//piee.eb.mil. and on System for Award Management (SAM) on https://www.SAM.gov. It is the responsibility of the potential offerors to monitor these websites for additional information as the direct method of communication with the Government.
The Government’s intent is to receive and review industry feedback/questions within the PWS. All answers to questions that provide clarifications to the posted potential requirement will be provided as an update to this notice. Your questions shall be submitted utilizing Attachment 1 Question Submittal Form.
All data received in response to this request that is marked or designated corporate or proprietary will be protected. In order to protect this information if you would like to submit this via encrypted email please contact the below at least one (1) business day in advance to the submission to coordinate the means for submission. Information and materials in response to this request WILL NOT be returned. No phone calls will be accepted.
Interested businesses shall submit brief capability statements (no more than 10 pages in length, single spaced, 11-point font minimum) electronically in Microsoft Word or Portable Document Format (PDF) to Ndidiamaka (Ndidi) Umeh at (ndidiamaka.n.umeh.civ@us.navy.mil) and Kurt Dronenburg at (kurt.j.dronenburg.civ@us.navy.mil); no later than 12:00 PM Eastern Time (ET) on March 27, 2025.
Prior/current corporate experience performing efforts of similar size and scope within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current e-mail and telephone number, and a brief description of how the referenced contract relates to the services described herein
No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
Capability statement packages should demonstrate the ability to perform the services listed in the attached PWS. Information provided should include specific technical skills your company possess which ensures capability to perform the tasks in the PWS. This documentation must address, at a minimum, the following: Reference to the SAM.gov notice ID number N68520-25-RFPREQ-QK00000-0063 and title of the PWS being referenced;
a) Describe past or current corporate experience performing efforts of similar size and scope within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current email and telephone number;
b) Describe experience in the maintenance, repair, and overhaul of Aviation Support Equipment items. Please include details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), workforce size and employed labor categories, etc. that demonstrate your ability to perform the work; and
c) Describe experience in Logistics Support for equipment maintenance, to include but not limited to: managing tool rooms and toolbox inventories, managing warehouse and inventories, and ordering of parts. Please include details such as number of inventory items managed, workforce size and employed labor categories, etc. that demonstrate your ability to perform the work.
Vendors should appropriately mark any data that is proprietary or has restricted data rights
If the company finds itself not capable to perform all parts of the PWS, please specify which portions of the PWS it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the PWS, or areas that may need further definition, please also identify those in the response.
Responses to this Sources Sought, including any capability statements and communications regarding this posting, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements.
Prior/current corporate experience performing efforts of similar size and scope within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current email and telephone number, and a brief description of how the referenced contract relates to the services described herein
Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government’s consideration and evaluation of the information submitted. Questions and comments are highly encouraged.